Furniture & Associated Services 2

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Goods)
Duration
35.5 month
Value
£400M
Sector
FACILITY
Published
27 Jul 2023
Delivery
To 23 Jan 2027 (est.)
Deadline
08 Sep 2023 14:00

Concepts

Location

United Kingdom: Not Mandatory

Geochart for 1 buyers and 0 suppliers

Description

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Furniture and associated services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. It is intended that this commercial agreement will be the recommended vehicle for all in scope requirements of the UK Central Government. The initial position, subject to engagement, is for a Lot structure that covers (but not limited to): office furniture, residential furniture, education furniture, steel storage, repair / renovation / reuse / recycle. Lot Structure is as follows: Lot 1 - Office Furniture (Standard & Government Corporate) Lot 2 - MOD Office Lot 3 - Residential Furniture Lot 4 - High Density Steel Storage Lot 5 - Sustainability Further information is included in the Additional Information section VI.3.

Lot Division

1 Office Furniture (Standard and Gov Corporate)
  • Value: £275M

Provision of general office furniture and associated services (including but not limited to office seating, desking, tables, desk screens, monitor arms, storage and accessories) in line with GPA Design Guide. Suppliers will also offer remanufactured, refurbished and recycled office furniture items to meet Buyer(s) Call-Off Contract requirements. Additional information: Places to be awarded on Lot 1 – Eight (8)

2 MOD Office Furniture
  • Value: £35M

Provision of general office furniture and associated services (including but not limited to office seating, desking, tables, desk screens, monitor arms, storage and accessories) in line with MOD requirements. Suppliers will also offer re manufactured, refurbished and recycled office furniture items to meet Buyer(s) Call-Off Contract requirements. Additional information: Places to be awarded on Lot 2– Five (5)

3 Residential Future
  • Value: £45M

Provision of residential furniture and associated services. Additional information: Places to be awarded on Lot 3 – Five (5)

4 High Density Steel Storage
  • Value: £5M

Provision of a range of trade pattern static and mobile storage solutions and associated services. Additional information: Places to be awarded on Lot 4 – Three (3)

5 Sustainability - Repair and Renovation
  • Value: £40M

Provision of sustainability requirements for furniture fulfilment and/or sustainable disposal. This will include, but is not limited to: Remanufacturing of own assets, Reuse of goods, Buying of remanufactured / sustainable furniture. This Lot also includes MOD repair and renovation services. Additional information: Places to be awarded on Lot 5 – Six (6)

Renewal Options

The initial duration of the Framework is, 36 months with an option to extend for a further 12 months CCS reserve the right to extend lots by varying durations

Award Criteria

Quality 55
Social Value 15
price 30

CPV Codes

  • 39100000 - Furniture
  • 34928480 - Waste and rubbish containers and bins
  • 39110000 - Seats, chairs and related products, and associated parts
  • 39113600 - Benches
  • 39120000 - Tables, cupboards, desk and bookcases
  • 39130000 - Office furniture
  • 39131000 - Office shelving
  • 39142000 - Garden furniture
  • 39150000 - Miscellaneous furniture and equipment
  • 39160000 - School furniture
  • 39162000 - Educational equipment
  • 39173000 - Storage units
  • 39180000 - Laboratory furniture
  • 39181000 - Laboratory benching
  • 39224340 - Bins
  • 50850000 - Repair and maintenance services of furniture
  • 63120000 - Storage and warehousing services
  • 79934000 - Furniture design services
  • 39140000 - Domestic furniture
  • 39143000 - Bedroom, dining room and living-room furniture
  • 39131100 - Archive shelving
  • 39114100 - Upholstering
  • 39157000 - Parts of furniture
  • 98392000 - Relocation services

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/81610446-d56e-4c5e-98fa-f59a79... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Reference

Domains